Pursuant to FAR clause 52.215-3 entitled “Request for Information or Solicitation for Planning Purposes,” this announcement constitutes a Sources Sought Notice for information and planning purposes for qualified and experienced sources to provide pilot services to aid in navigation support Commander Navy Region Mid-Atlantic’s (CNRMA) Port Operations Division. This is not a solicitation announcement for proposals and no contract will be awarded from this announcement. It is not to be construed in any way as a commitment by the Government for any purpose other than to gain the information requested, nor will the Government pay for the information submitted in response. Interested parties are encouraged to respond to this RFI/Sources Sought Notice.
Scope
CNRMA Port Ops requires pilotage services for the localities identified in the line items section of the contract. NOTE: Docking and undocking services will not be required under this contract. The contractor shall provide pilot services for the following four groups of ships when required by Commander Navy Region Mid Atlantic Port Operations Department: U.S. Public Vessels (USS and USNS), Foreign/Allied Vessels, Time Charter Vessels, and Foreign Military Sales Vessels.
A DRAFT Performance Work Statement is provided containing further details.
The Government may consider the award of a single-award contract as a result of the solicitation. Any potential contract(s) resulting from this RFI/Sources Sought Notice is anticipated to be a firm-fixed-price (FFP), indefinite-delivery, indefinite-quantity (IDIQ)-type contract.
Place of Performance (Site Locations)
The Navy requires pilot services to assist with the navigation of ships in and out of areas from Cape Henry to the Potomac River and Chesapeake Bay areas. Specific locations will be specified in the request for quotation (RFQ).
NAICS Code
The NAICS code for this requirement is anticipated to be 488330, Navigational Services to Shipping, with a size standard of $41.5 million. The product service code (PSC) is V227, Navigational Aid and Pilotage Services.
Period of Performance
Performance is estimated to commence around 1 May 2020. The period of performance is anticipated to consist of a five-year ordering period and may include FAR clause 52.217-8, Option to Extend Services, to provide for an additional six months of performance.
Capabilities Statement
This is a market research tool. The input provided will help the Navy ascertain the interest, capability, and capacity of potential businesses. If you are an interested business, NAVSUP FLC Norfolk appreciates your assistance in providing a capabilities statement addressing all the items below. Please limit your responses to the information being requested only. Standard company brochures will not be reviewed. Submissions are not to exceed fifteen standard typewritten pages. Any technical questions and inquiries may be submitted within the response.
1. Full business name, address, point of contact, telephone number, and e-mail address
2. Contractor and Government Entity (CAGE) code
3. Size of business: Large Business, Small Business, Small Disadvantaged, 8(a), HUBZone, Woman-owned, Service Disabled Veteran-Owned, or other category
4. If the items can be obtained from an existing Government contract vehicle, to include GSA or SeaPort-e, provide the applicable contract number.
5. Indicate if your company can be a prime contractor for this effort or, if not, whether your company can be a subcontractor. If subcontractors are to be used, provide the anticipated percentage of effort to be subcontracted and if a small or large business subcontractor will be used.
6. Please address the following questions in your response. Documentation of technical expertise and qualifications must be presented in sufficient detail for the Government to determine that your company possesses the necessary capabilities contained in this notice.
6.a. Describe your ability to support the scope of the requirement listed in this notice and in the provided draft PWS. Please provide a brief statement clearly identifying your company’s understanding of the PWS.
6.b. How will you approach this requirement? Please describe the tools, methodologies, and personnel you will deploy to accomplish the Navy’s objectives.
6.c. This effort requires licensing to pilot U.S. Public Vessels, Foreign/Allied Vessels, and Time Charter Vessels in accordance with all state and federal laws. Please state your ability to comply with this requirement.
6.d. The contractor shall furnish to U.S. Public Vessels, Foreign/Allied Vessels, Time Charter Vessels, and Foreign Military Sales Vessels, upon request from the ordering officers or Contracting Officer, or the duly authorized representative specifically named in the contract and task orders, pilot services as required during any 24 hour period of the day or night, including holidays and weekends. The contractor shall provide pilotage services within two hours’ notice. Please address your ability to support a two hour response.
6.e. The current NAICS code identified for this effort is 488330, Navigational Services to Shipping. Do you suggest any other NAICS code(s) for the services identified in the PWS?
6.f. If applicable, please provide a brief description of contracts performing work of similar size, scope, complexity, and magnitude. Include your company’s role (e.g., prime, subcontractor, or teaming arrangement), along with cost, duration, and contract number, and describe successes and lessons learned, and any other relevant information deemed applicable.
Submission
Responses should be limited to no more than fifteen standard typewritten pages. Reponses should reference CNRMA Pilot Services and shall be submitted by e-mail to Carlton Walton at [email protected] by 11:00 a.m. Eastern time on 19 December 2019.
Again, this is not a request for proposals. Respondents will not be notified of any results. Please note that the information within this RFI/Sources Sought Notice may be updated and/or may change prior to an official solicitation, if any, is issued.